Loading...
HomeMy WebLinkAbout2020-177AMENDMENT NUMBER 3 WORK ORDER NUMBER 1 Segment 3 Cell 2 Expansion, Segment 2 Partial Closure And Landfill Gas Collection System Expansion Phase Iii - Engineering Services During Construction This Amendment 3 to Indian River County (IRC) Landfill Work Order Number 1 is entered into as of this 18th day of August, 2020, in accordance with FS 287.055, Consultant's Competitive Negotiation Act per the Request for Qualification #2017048 for Engineering Consulting Services for Landfill Closure, Landfill Gas System Expansion, and Cell Construction, dated July 18, 2017 (referred to as the "Agreement"), by and between INDIAN RIVER COUNTY, a political subdivision of the State of Florida ("COUNTY") and CDM Smith Inc. ("Consultant"). 1. The COUNTY has selected the Consultant to perform the professional services set forth in existing Work Order Number 1, Effective Date 7/18/2017. 2. The COUNTY and the Consultant desire to amend this Work Order as set forth on Exhibit A (Scope of Work) attached to this Amendment and made part hereof by this reference. The professional services will be performed by the Consultant for the fee schedule set forth in Exhibit B (Fee Schedule), and within the timeframe more particularly set forth in Exhibit A (Time Schedule), all in accordance with the terms and provisions set forth in the Agreement. 3. From and after the Effective Date of this Amendment, the above -referenced Work Order is amended as set forth in this Amendment. Pursuant to Section 1 of the Agreement, nothing contained in any Work Order shall conflict with the terms of the Agreement and the terms of the Agreement shall be deemed to be incorporated in each individual Work Order as if fully set forth herein. IN WITNESS WHEREOF, the parties hereto have executed this Work Order as of the date first written above. CONSULTANT: CDM Smith Inc. By. , Title: Vice President BOARD COUNTYCOMMISSI S ••'""" "` y �Ot��Mlss��^, O DIAN R ER COUNTY ,��� ✓' >oJ F9J; By: Susan Adams , Chairman} BCCA rove ate: August 18 2020 Approve g Attest: Jeffrey R. Smi By: Dep Approved: Jason 0 B Clerk of Court and Comptroller -I /--,\ n County Administrator Approved as to form and legal sufficiency: Dy T. Reingold, County Attorney Smith 1701 Highway A 1 A Suite 301 Vero Beach, Florida 32963 tel: 772 2314301 fax: 772 2314332 August 10, 2020 Mr. Himanshu Mehta, P.E. Managing Director Solid Waste Disposal District 1325 74th Ave SW Vero Beach, FL 32968 Subject: Indian River County Solid Waste Disposal District Segment 3 Cell 2 Expansion, Segment 2 Partial Closure, and Landfill Gas System Expansion IRC Contract No.: 2018025 Amendment No. 3 to Work Order No. 1 Dear Mr. Mehta: CDM Smith Inc. is pleased to submit this Amendment No. 3 to assist Indian River County Solid Waste Disposal District (IRC SWDD) with additional services during construction of the above referenced project. This amendment includes review and preparation of additional change orders to the construction contract to add items as requested by IRC SWDD. We trust the enclosed is sufficient for your review; however, if you need additional information or clarification, please do not hesitate to contact our office. Sincerely, Martin J. Lewis, P.E., BCEE, PMP Project Manager CDM Smith Inc. MJL/jj Attachment File: PW_PL1_6706-228608.05.04 cc: Eric Grotke, CDM Smith Kevin Vann, CDM Smith J2814_Ltr.docx ,j e s WATER +ENVIRONMENT +TRANSPORTATION+ ENERGY+ FACILITIES o EXHIBIT A WORK ORDER NO. 1 — AMENDMENT NO.3 INDIAN RIVER COUNTY LANDFILL SEGMENT 3 CELL 2 EXPANSION, SEGMENT 2 PARTIAL CLOSURE, AND LANDFILL GAS COLLECTION SYSTEM EXPANSION PHASE III — ENGINEERING SERVICES DURING CONSTRUCTION This Amendment No. 3 to Work Order No. 1, when executed, shall be incorporated in and become part of the Agreement for Consulting Services between Indian River County Solid Waste Disposal District (SWDD) and CDM Smith Inc., (CONSULTANT), dated July 18, 2017 hereafter referred to as the AGREEMENT. PROJECT BACKGROUND The original project duration was for 390 days to final completion. Through change orders an additional 262 days was added to the project. One of the biggest reasons was the structure of the contract where there was $1.4M in contingency on top of the contract price. This contingency was used for material overruns as well as owner requested additional works. These works included repaving the entrance road, placing under drains to capture leachate to prevent contaminating stormwater and additional enhancements to the IRC Landfill. While we were able to manage our resources to prevent a large change order because of this additional time, we did incur additional effort regarding the increase in the number of change orders from the planned three to eight. This represents a significant amount of effort which provided additional value to the client and project. This amendment is a reconciliation change order to complete the project. SCOPE OF SERVICES CONSULTANT has provided engineering services during construction to act as the OWNER's representative during the construction of the project. This Amendment No. 3 includes amending Task 8.0 as follow: TASK 8.0 - SPECIAL ENGINEERING SERVICES DURING CONSTRUCTION Activities performed under this task consist of supplementary and special engineering services required during the construction and implementation of the project: Subtask 8.2 This Subtask is amendment to provide services in connection with preparing five additional change orders for a new a total of eight change orders, which add a total of 27 items to the contract as requested by the OWNER. PROJECT SCHEDULE All work was completed by August 6, 2020. CDM- A-1 jj2814_Exhibi[ A PAYMENT AND COMPENSATION Compensation for this Amendment No. 3 to Work Order No. 1 described herein shall be made in accordance with the Contract between SWDD and CONSULTANT. The lump sum amount of Amendment No. 3, for Task 8.2, is $23,300. The amended total amount for Task 8.0 is $107,880. The new not to exceed (NTE) Grand Total Amount of Work Order No. 1 is $2,035,949. For invoice purposes only, the value of Task 8 in this Amendment No. 3 is as shown in Table 1. Table 1 TASK VALUE FOR INVOICE PURPOSE —AMENDMENT NO. 2 TO WORK ORDER NO. 1 TASK DESCRIPTION VALUE 8.2 Special Engineering Services During Construction (Lump Sum) $23,300 TOTAL AMENDMENT NO. 3 TO WORK ORDER NO. 1(Lump Sum) = $23,300 TOTAL AMENDMENT NO. 2 TO WORK ORDER NO. 1 (NTE) = $1,322,150 ORIGINAL WORK ORDER NO. 1 AND AMENDMENT NO.1 (NTE) = $690,499 NEW GRAND TOTAL AMOUNT FOR WORK ORDER NO. 1(NTE) = $2,035,949 AMENDMENT NO. 2 WORK BREAKDOWN FOR FUNDING PURPOSES Segment 3 Cell 2 Expansion Lump Sum = $10,350 Segment 2 Partial Closure and LFG Collection System Expansion Lump Sum $12,950 CDM Smith A'2 jj2814Ezhibit A EXHIBIT B-1 BUDGET INDIAN RIVER COUNTY LANDFILL SEGMENT 3 CELL 2 EXPANSION, SEGMENT 2 PARTIAL CLOSURE, AND LANDFILL GAS SYSTEM EXPANSION WORK ORDER NO. 1 - AMENDMENT 3 ` For titles positions, billing rate will be determined by level. Some individuals have level classifications that are higher than their corporate titles. JJ2814_Exhibit 8_228608-2020-08-07— Exhibit B-1 Budget 8/11/2020 10:39 AM B-1 Sr. Officer Associate Principal Senior Professional Senior Support Services Hours By Task Total Labor ODC Total Task 8.2 Change orders 2 5 60 40 16 123 $23,235 $65 $23,300 Total 2 5 60 40 16 123 $23,235 $65 $23,300 ` For titles positions, billing rate will be determined by level. Some individuals have level classifications that are higher than their corporate titles. JJ2814_Exhibit 8_228608-2020-08-07— Exhibit B-1 Budget 8/11/2020 10:39 AM B-1 EXHIBIT B-2 BUDGET PROJECT: INDIAN RIVER COUNTY LANDFILL. SEGMENT 3 CELL 2 EXPANSION, SEGMENT 2 WORK ORDER NO. I - AMENDMENT 3 DESCRIPTION: As Outlined in the Scope of Services, Exhibit A. REFERENCE: Agreement between Indian River County Solid Waste Disposal District and CDM Smith Inc. Labor Category Hours Rate Total Sr. Officer 2 $240 $480 Assoicate 5 $215 $1,075 Principal 60 $210 $12,600 Senior Professional 40 $175 $7,000 Senior Support Services 16 $130 $2,080 Total Hours = 123 Total Labor, Lump Sum $23,235 Labor $23,235 OP $0 ODC $65 Total $23,300 SUBTOTAL TASK 8 Lump Sum = $23,300 TOTAL = $23,300 JJ2814_Exhibit B_228608.xlsx Exhibit B-2 Budget 8/720204:51 PM B-2